SOLICITATION NOTICE
65 -- ANNUAL NON-PERSONAL FOR CANCER SCREENING TESTS
- Notice Date
- 7/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-09-T-0256
- Response Due
- 8/4/2009
- Archive Date
- 10/3/2009
- Point of Contact
- jroeck, 210-221-4648<br />
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(john.roeck@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation W81K00-09-T-0256 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is solicited on a 100% Small Business Set-Aside for NAICS 621511. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for an annual non-personal service of specialized cancer screening using PathFinderTG testing platform or equal, with 4 option years for Brooke Army Medical Center, Fort Sam Houston TX 78234. Required service for base period is 1 Oct 2009 through 30 September 2010 with 4, 1 year options. Line item 0001: Base year - Non-personal services for PathFinderTG testing; tests quantities are estimated and payment will be made for actual tests ordered and provided to the government, or equal, 25 tests per year. Line item 0002: First option year - Non-personal services for PathFinderTG testing; tests quantities are estimated and payment will be made for actual tests ordered and provided to the government, or equal, 25 tests per year. Line item 0003: Second option year - Non-personal services for PathFinderTG testing; tests quantities are estimated and payment will be made for actual tests ordered and provided to the government, or equal, 25 tests per year. Line item 0004: Third option year - Non-personal services for PathFinderTG testing; tests quantities are estimated and payment will be made for actual tests ordered and provided to the government, or equal, 25 tests per year. Line item 0005: Fourth option year - Non-personal services for PathFinderTG testing; tests quantities are estimated and payment will be made for actual tests ordered and provided to the government, or equal, 25 tests per year. Salient characteristics: -Molecular testing to include the following steps during the pathology process: oManual micro dissection to identify and procure abnormal cells from existing pathology specimens oDNA extraction and amplification (e.g., PCR) oDNA sequencing to identify oncogenic mutations oIntegrating this molecular information with the cytologic or histologic findings provided by the pathologist of record to provide a definitive diagnosis -Testing to include determining reactive versus neoplastic lesions -Testing to include determining benign versus malignant lesions -Testing to include determining biologically indolent versus aggressive tumors -Testing to include determining which premalignant lesions will or will not progress into cancer -Testing to include determining whether a synchronous or metachronous tumor represents metastatic spread or a new primary -Testing to include determining expected responses to treatment for various tumors -Licensing verification meeting Clinical Laboratory Improvement Amendments of 1988 (CLIA). The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-1 [Instructions to Offerors]; Addendum 52.212-1; Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. The closing date and time of this solicitation is 4 August 2009, 10:00 a.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: John Roeck, 3851 Roger Brooke Drive, bldg 1103, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359, Attn: John Roeck; e-mail: john.roeck@us.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: John Roeck, telephone: (210) 221-4648. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the system offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. End Addendum 52.212-1; 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4; 52.211-6 [Brand Name or Equal]; 52.212-2 [Evaluation-Commercial Items]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.219-1 [Small Business Program Representations]; 52.237-1 [Site Visit]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.225-7031 [Secondary Arab Boycott of Israel]; 252.232-7010 [Levies on Contract Payments]; 252.243-7001 [Pricing of Contract Modifications]; End Addendum 52.212-4; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items] with sub clauses: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.219-28 [Post Award Small Business Program Representation] 52.222-3 [Convict Labor], 52.222-19 [Child Labor-Cooperation with Authorities and Remedies], 52.222-21 [Prohibition of Segregated Facilities], 52.222-26 [Equal Opportunity], 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-36 [Affirmative Action for Workers with Disabilities], 52.222-37 [Employment Reports on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans], 52.222-50 [Combating Trafficking in Persons], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-13 [Restrictions of Certain Foreign Purchases], 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]; 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with sub clauses: 252.225-7001 [Buy American Act and Balance of Payments Program], 252.232-7003 [Electronic Submission of Payment Requests], 252.247-7023 [Transportation of Supplies by Sea Alternate III] (end)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0256/listing.html)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
- Zip Code: 78234-6200<br />
- Zip Code: 78234-6200<br />
- Record
- SN01885816-W 20090725/090724001010-1eb7e6734f6765acfa9a7371bb0b2d92 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |